BirgenAI
Back to Tenders
GovernmentWorksFramework AgreementsDocument parsed

Proposed Manufacture, Assembly, Delivery, Installation & Maintenance of Passenger Lifts for the Affordable Housing Program under Framework Agreement

Tender Number
SDHUD/784/SPPM/001/2025-26
Submission Deadline
30 Apr 2026
8 days left
Procuring Entity
State Department of Housing, Urban Development and Public Works
Bid Bond Amount
Tender Security Not Required

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
30th April 2026at 9.00am
Bid Bond Form
Not specified
Bid Bond Validity
Not specified
Bid Validity Period
287 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
One soft
Pre-Bid Meeting
14th April 2026
Pre-Bid Link
Clarification Deadline
Not specified
Mandatory Site Visit
No

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
KES 800,000,000.00
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
Not specified
Cash Flow Requirement
Not specified
Audited Financials
3 years (2022, 2023, 2024)
View raw qualification text
responsive to the Tendering Document, meet the qualification criteria, and have been evaluated and ranked in 

 
 
 
iii
SCOPE OF MANUFACTURE, ASSEMBLY, INSTALLATION & MAINTENANCE OF PASSENGER LIFTS ... 104 

 
 
 
 
iv

 
 
 
v 
APPENDIX 5. LIST OF MAJOR ITEMS OF SUPPLY AND DELIVERY SERVICES AND LIST OF APPROVED 
 
 
 


 
 
 
1
  
PROPOSED MANUFACTURE, ASSEMBLY, DELIVERY, INSTALLATION, TESTING, 
COMMISSIONING AND MAINTENANCE OF PASSENGER LIFTSFOR THE AFFORDABLE 
HOUSING PROGRAMME UNDER A FRAMEWORK CONTRACTS ESTABLISHED PURSUANT 
TO THE SPECIALLY PERMITTED PROCUREMENT METHOD (SPPM) 
 
1. 
PROJECT BRIEF 
 
The Government of Kenya, through the State Department for Housing and Urban Development, is 
implementing the Affordable Housing Programme (AHP) with an ambitious target of 200,000 housing units 
annually and a cumulative total of 1,000,000 units over the next five years. This transformative national 
priority not only seeks to provide dignified, affordable homes to Kenyan citizens but also to drive 
industrialization, create high-quality jobs, and achieve manufacturing independence in critical building 
components. 
 
To support the scale and geographic spread of the Programme, the State Department is procuring 
passenger lifts and other Mechanical, Electrical and Plumbing (MEP) equipment. This procurement is 
conducted under the Specially Permitted Procurement Method (SPPM) pursuant to Section 114A of the 
PPADA and Regulation 107. The SPPM will identify and award multiple suppliers through a single-category, 
national-level Framework Agreement established under the Specially Permitted Procurement Method 
(SPPM). The Framework Agreement shall have a duration of ten (10) years, subject to performance and 
budgetary appropriation. 
 
The Framework Agreement will establish a ranked panel of pre-qualified suppliers (minimum three (3) and 
maximum eight (8) responsive tenderers) for the manufacture, assembly, delivery, installation, testing, 
commissioning, and subsequent ten (10)-year post-Defects Liability Period maintenance of passenger lifts 
across multiple Affordable Housing Programme project sites nationwide. 
 
No fixed regional packages, pre-determined geographical allocations, or guaranteed minimum quantities 
will be established at the tender stage. Instead, the Framework Agreement creates a flexible national panel 
from which the Procuring Entity shall issue multiple call-off contracts strictly as and when sites become 
ready and funding is approved. Each call-off shall be awarded sequentially according to actual operational 
needs using either: 
  
i. 
direct call-off to the highest-ranked available panel member at the original tendered unit rates (the 
default and preferred method for speed and efficiency where specifications and delivery schedules 
remain substantially unchanged), or 
 
ii. Call-off orders shall be issued to available and capable panel members (minimum three invited) 
whenever the call-off involves large quantities, special technical requirements, significant lead-time 
variations, or the highest-ranked supplier is unavailable or at capacity.  
 
In all cases, pricing for every call-off shall be determined exclusively by applying the original tendered unit 
rates and prices contained in the Framework Agreement, thereby ensuring full transparency, value for 
money, equal treatment of panel members, and strict compliance with the Public Procurement and Asset 
Disposal Act, 2015 and its Regulations. 
 
Based on the current Affordable Housing Programme pipeline, lift demand is projected to remain substantial 
and sustained over multiple years. The inclusion of a mandatory ten (10)-year maintenance obligation and 
structured industrial participation requirements is intended to encourage credible long-term investment in 
local assembly and manufacturing capacity within Kenya, consistent with national industrialization 
objectives. 

 
 
 
 
2
 
This procurement structure is therefore designed not only to ensure timely delivery of lift installations across 
AHP sites, but also to support the development of durable domestic supply chains and long-term technical 
capacity in critical MEP systems. 
 
2. 
PROJECT DATA SHEET 
 
PROPOSED MANUFACTURE, ASSEMBLY, DELIVERY, INSTALLATION, TESTING, 
COMMISSIONING AND MAINTENANCE OF PASSENGER LIFTSFOR THE 
AFFORDABLE HOUSING PROGRAMME UNDER A FRAMEWORK AGREEMENT 
ESTABLISHED PURSUANT TO THE SPECIALLY PERMITTED PROCUREMENT 
METHOD (SPPM) 
 
Item 
Framework Detail 
Project Particulars 
1.00 
Tender No. 
 SDHUD/784/0076/001/2025-26 
2.00 
Scope 
Manufacture, Assembly, Delivery, Installation, Testing, 
Commissioning and Maintenance of Passenger Lifts, an 
estimated total of 58,200 for the next 10 years lifts will be 
procured (indicative maximum; actual quantities and sites 
allocated nationwide via call-offs) and 10-year maintenance 
post - DLP.  
 
3. 
TENDER PROCUREMENT PARTICULARS 
 
3.1. 
Name and Contact Addresses of Procuring Entity 
Name:  
 
State Department for Housing and Urban Development  
Address:  
 
P.O Box 30119-00100, Nairobi, Kenya 
Email address:  
procurement@housingandurban.go.ke

Key Requirements

All Tenders must be accompanied by a Tender Security as specified in the Tender Data Sheet 
Clause ITT 22.1. The Framework Agreements shall be for a duration of ten (10) years, subject to 
performance and budgetary appropriation. Call-off orders shall be issued for supply, installation, and 
ten (10)-year post-Defects Liability Period maintenance in accordance with the Framework 
Agreement allocation mechanism. 
 
5. 
Completed tenders must be delivered to the address below on or before 30th April 2026at 9.00am 
(East African Time). Electronic Tenders shall not be permitted. 
 
6. 
Tenders will be opened immediately after the deadline date and time specified above or any later 
deadline date and time specified. Tenders will be publicly opened in the presence of the Tenderers’ 
designated representatives and anyone who chooses to attend at the address below. 
 
7. 
The tender currency shall be Kenya Shillings and shall be inclusive of all applicable taxes. 
 
8. 
Tenders shall remain valid for 287 days from the date of opening of tenders. 
 
9. 
The Tenderer shall chronologically serialize all pages of the tender documents submitted in the 
numerical format i.e., 1, 2, 3, 4… including the cover page. The Tender Document must be tape 
bound and not spiral bound. Spiral bound documents shall be automatically disqualified. In addition, 

 
 
 
5
bidders MUST submit a soft copy in PDF format during bid opening which is a replica of the original 
bid document. This instruction is issued pursuant to Section 74(1)(j) of the Public Procurement and 
Asset Disposal Act, 2015. 
 
10. 
Tender language shall be English ONLY. 
 
11. 
Late tenders shall be rejected in accordance with ITT 26.1. 
 
12. 
The addresses referred to above are: 
 
12.1. Address for obtaining further information 
State Department for Housing and Urban Development 
, 6th Floor, Ardhi House, 1st Ngong Avenue 
P.O. Box 30119-00100 
NAIROBI. 
 
12.2. Address for Submission of Tenders 
State Department for Housing and Urban Development 
Tender Box, 6th Floor, Ardhi House, 1st Ngong Avenue 
P.O. Box 30119-00100 
NAIROBI. 
 
12.3. Address for Opening of Tenders 
State Department for Housing and Urban Development 
Boardroom, 6th Floor, Ardhi House, 1st Ngong Avenue 
P.O. Box 30119-00100 
NAIROBI. 
 
Head, Supply Chain Management Services 
For: PRINCIPAL SECRETARY 
 

 
 
 
 
6
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
PART 1 – TENDERING PROCEDURES 
 
 

 
 
 
7
SECTION I – INSTRUCTION TO TENDERERS 
 
A. 
General 
 
1. 
Scope of Tender 
1.1. 
In connection with the Invitation to Tender (ITT) specified in the Tender Data Sheet (TDS), the 
Procuring Entity issues this Tendering document for the Manufacture, Assembly, Delivery, 
Installation, Testing, Commissioning and Maintenance of Passenger Lifts, as specified in Part 2 
– Procuring Entity’s Requirements. This procurement is undertaken under a multi-supplier 
Framework Agreement for recurring call-offs to multiple Affordable Housing Programme sites 
nationwide, in accordance with the allocation mechanism set out in the Framework Agreement. 
 
2. 
Definitions 
2.1. 
Throughout this Tender document: 
 
a) The term “in writing” means communicated in written form (e.g.by mail, e-mail, fax, including 
if specified in the TDS, distributed or received through the electronic-procurement system 
used by the Procuring Entity) with proof of receipt; 
b) if the context so requires, “singular” means “plural” and vice versa; and 
c) “Day” means calendar day, unless otherwise specified as “Business Day.” A Business Day is 
any day that is an official working day in Kenya. It excludes the Kenya's official public 
holidays. 
 
3. 
Fraud and Corruption 
3.1. 
The Procuring Entity requires compliance with the provisions of the Public Procurement and 
Asset Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender 
submitted by a person shall include a declaration that the person shall not engage in any corrupt 
or fraudulent practice and a declaration that the person or his or her sub-contractors are not 
debarred from participating in public procurement proceedings. 
 
3.2. 
The Procuring Entity requires compliance with the provisions of the Competition Act 2010, 
regarding collusive practices in contracting. Any tenderer found to have engaged in collusive 
conduct shall be disqualified and criminal and/or civil sanctions may be imposed. To this effect, 
Tenders shall be required to complete and sign the “Certificate of Independent Tender 
Determination” annexed to the Form of Tender. 
 
3.3. 
Unfair Competitive Advantage - Fairness and transparency in the tender process require that the 
firms or their Affiliates competing for a specific assignment do not derive a competitive 
advantage from having provided consulting services related to this tender. To that end, the 
Procuring Entity shall indicate in the Data Sheet and make available to all the firms together with 
this tender document all information that would in that respect give such firm any unfair 
competitive advantage over competing firms. 
 
3.4. 
Tenderers shall permit and shall cause their agents (where declared or not), sub -contractors,
Key Personnel
[{"role": "When the Contractor is noti\ufb01ed by the Project Manager that the plant is ready for Pre", "registration_body": "ISK"}]
Key Equipment
[]